Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2003 FBO #0474
SOLICITATION NOTICE

Z -- RENOVATION OF THE RICHARD B. RUSSELL FEDERAL BUILDING & U. S. COURTHOUSE

Notice Date
11/14/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30365
 
ZIP Code
30308
 
Solicitation Number
GS-04P-02-EXC-0006
 
Response Due
1/29/2002
 
Point of Contact
Laurie Chestnut, Contract Specialist, Phone (404) 331-4386, Fax (404) 730-9648, - Laurie Chestnut, Contract Specialist, Phone (404) 331-4386, Fax (404) 730-9648,
 
E-Mail Address
laurie.chestnut@gsa.gov, laurie.chestnut@gsa.gov
 
Description
The General Services Administration announces an opportunity for Construction Excellence in Public Buildings. The following describes the proposed Construction Manager As Constructor (CMc) Contract for the renovation of the Richard B. Russell Federal Building & Courthouse located in Atlanta GA. The scope of CMc services under this proposed contract includes Pre-construction Phase Services and the option for Construction Phase Services. A Fixed-Price Incentive (Successive Targets) contract under FAR 16.403-2 is contemplated. The CMc will be competitively chosen using Advisory Multi-step (FAR 15.202), and Source Selection (FAR 15.3) procedures. For this contract, technical factors, when combined, are significantly more important than cost or price. (FAR 15.101-1 trade-offs). Project Summary. The proposed modernization will be performed at the existing Federal Building, which is a 24 floor, steel frame structure with approximately 1,281,446 gross square feet. The project includes, but is not limited to, the complete removal of asbestos containing pipe insulation and floor tiles; HVAC system upgrades; electrical system upgrades; interior remodeling to include new partitions, carpeting, floor tiles, lay in-ceilings, waterproofing, doors and hardware. Estimated combined (pre-construction and optional construction phase) project cost range is $25,000,000 to $30,000,000. This procurement is being solicited on an unrestricted basis and is opened to participation by both large and small business concerns. The applicable Standard Industrialized Classification Code for this procurement is 1542 with a size standard of $17 million. Funds are not currently available for this project. The government anticipates that funding will be made available for the Pre-Construction Services around March 2002, and for Construction Services in fiscal year 2003. Definition of Construction Manager as Constructor. The Construction Manager as Constructor, or CMc, is defined as a firm engaged under direct contract to a building owner, in this case the General Services Administration (GSA), to provide design review, cost estimating, scheduling and general construction services. The CMc will be a member of the project development team during the planning, design and construction phases, along with GSA as owner/developer, GSA?s selected A-E firm, and other GSA consultants. Proposal Submission Requirements. Proposals will be evaluated using a two-stage, advisory multi-step process (FAR 15.202). Under Stage I, offers must submit information regarding the firm?s qualifications including past performance, past experience, resources, and key personnel experience. Submissions shall clearly address the rating factors identified in the Request for Proposal (RFP). The Government will evaluate Stage I submissions to identify and advise the offers about their potential to be viable competitors. The Government shall evaluate all responses in accordance with the criteria stated in the Stage I RFP; advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. The Government shall advise respondents considered not viable competitors of the general basis for that opinion and shall inform all respondents that, notwithstanding the advice provided by the Government in response to their submissions, they may participate in the next stage of the acquisition. Under Stage II, offers must submit additional information identified in the Stage II RFP. The Stage II evaluation will be based on technical factors as well as price. The Government reserves the right to award without discussions. Oral presentations and a brief interview will be required as part of the Stage II technical evaluation process. Oral presentations by offerors may substitute for, or augment, written information. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The following evaluation factors will be evaluated and scored. Stage 1: 1) Firm?s Past Performance in Providing General Construction Services and Pre-Construction Services on Similar Projects (455 points); 2) Firm?s Past Experience in Providing General Construction Services and Pre-Construction Services on Similar Projects (245 points); 3) Qualifications and Experience of Key Personnel (200 points); and 4) Firm?s Resources, Facilities and Technology (100 points). Stage 2: 1) Project Management Plan (200 points). GO/NO-GO REQUIREMENT: Bonding Capacity. All offerors must provide a notarized statement from an approved surety of bonding capability that is commensurate with the high-end range of this project $30,000,000. How to Offer. Potential offerors having the capabilities to perform the services described herein are invited to respond by submitting a one-page letter on your company letterhead stating your interest in the project, and the name and e-mail address of the firm?s contact person. These firms, along with others on the Government?s mailing list, will be provided an electronic copy of the Stage I Request for Proposals (RFP) package via e-mail. The RFP will provide additional information regarding the submission format. Additional information will be required of firms that are found to be viable as part of the Stage II evaluation. Interested firms should send a letter of interest to the attention of Laurie Chestnut, Contract Specialist, General Services Administration, Property Development Division, 4PCC, Studio C, Suite 2500, 401 W. Peachtree Street NW, Atlanta, Georgia 30308 no later than 3:00 p.m. EST (local time) on December 04, 2001. Proposals should be in an 8 1/2 x 11 spiral bound format and should be organized to correspond to the aforementioned evaluation factors and submission requirements. The submissions shall contain an original and three copies of all material submitted. Solicitations will be available on or about December 27, 2001. Proposals will be due on or about January 29, 2002 no later than 3:00 p.m. EST (local time). Late submissions will be handled in accordance with FAR 14.304. Submissions shall be addressed to the attention of Laurie Chestnut at the address above. Inquiries should be directed to Laurie Chestnut, Contract Specialist, telephone 404/331-4368 or fax 404/730-9643. Offerors will be required to submit (applicable to large businesses only), a Small Business and Small Disadvantaged Business Subcontracting Plan that reflects a proactive effort to achieve the minimum goals for all subcontracted work. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-NOV-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/4PCB/GS-04P-02-EXC-0006/listing.html)
 
Place of Performance
Address: 75 SPRING STREET S.W., ATLANTA, GEORGIA
Zip Code: 30303
 
Record
SN00281555-F 20030319/030317221320 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.